Skip to main content

An official website of the United States government

You have 2 new alerts

Remanufacture of E-3/E-8 Solenoid Valve, NSN: 4810-01-083-4164RK

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Jul 29, 2024 10:23 am CDT
  • Original Date Offers Due: Aug 30, 2024 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4810 - VALVES, POWERED
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    USA

Description

All questions regarding this notice and requirement are to be submitted in writing via E-mail to the point(s) of contact specified herein. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed.

All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Offerors must specify whether they are a U.S. or foreign-owned firm.

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure Remanufacture of E-3/E-8 Solenoid Valve, NSN: 4810-01-083-4164RK.  The contractor shall provide all labor, facilities, equipment and all material to accomplish the remanufacture. The work encompasses disassembling, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a like-new condition. The requirements set forth in this notice are defined per Purchase Request FD20302400299.

Solicitation number: FA811824R0057

Estimated issue date: 07/29/2024

Estimated closing date: 08/29/2024

Estimated award date:  09/30/2024

Nomenclature/Noun:  Solenoid Valve

NSN: 4810-01-083-4164RK

RMC / RMSC:  R1 / C

Qualification Requirements:  Qualification requirements do apply.

Approved Source(s):  Rogerson (CAGE 04192), Texas Aerospace (29242), Thomas Instrument (5H860)

Part Number:  27600-11

Function: The pilot valve is a float-operated fuel level-sensing device which closes at a predetermined fuel level to block fuel flow; which in turn closes the fueling shutoff valve.

Material: Aluminum Alloy

History: Thomas Instrument (5H860), FA8118-19-D-0001

NAICS:  336413

Item and Quantity:

This will be a one 3 basic with one 2 -year options with the following information per year:

L/I 0001: Remanufacture of E-3/E-8 Solenoid Valve, NSN: 4810-01-083-4164RK, PN: 27600-11

Quantity: 84 Each

L/I 0002: Over and Above; 1 LT; TBN

L/I 0003: Data and Reports; 1 LT; NSP

Destination:  To Be Determined

Ship to:  Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.

Duration of Contract Period: Firm Fixed Price, Fixed-Quantity contract is contemplated. 

Set-aside:  Small Business set aside.

UID:  If unit price of item (not repair cost) exceeds $5,000, then UID requirements will apply. Please see DFARS 252.211-7003 for further requirements for UID marking.

Export Control: Offerors are REQUIRED to be "EXPORT CONTROL CERTIFIED" in order to receive and view the drawings and/or technical orders for this solicitation. If your company intends to become Export Control Certified, you may visit https://public.logisticsinformationservice.dla.mil/jcp/search.aspx for registration.  Contractors receiving technical data shall be in compliance with DoDI 5230.24.            

The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data are to be submitted to ocalc.lgldo.public@us.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs).  The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by a copy of the current and approved DD Form 2345. The form, including instructions for completing the form is available on the DLIS website at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. 

The Government is not responsible for misdirected or untimely requests. 

Electronic procedures will be used for this solicitation. 

Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition.  The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273.  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Contact Information

Contracting Office Address

  • CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
  • TINKER AFB , OK 73145-3303
  • USA

Primary Point of Contact

Secondary Point of Contact

History